Custom Tilter
ID: N6660426P0076Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Machine Shops (332710)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the design, manufacture, and delivery of a custom tilter, as outlined in RFQ N66604-26-Q-0076. This equipment is critical for repositioning towed array stowage drums used in repair operations for various classes of submarines, including the OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA classes, with a minimum capacity requirement of 8000 lbs. Interested contractors must adhere to strict security compliance, including CMMC Level 2 requirements, and submit their quotes by December 30, 2025, with questions due by December 19, 2025. For further inquiries, potential offerors can contact Elizabeth Peckham at elizabeth.a.peckham2.civ@us.navy.mil or by phone at 401-832-8962.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, an addendum to DD FORM 1423, Contract Data Requirements List, specifically addresses distribution and export control for CDRL A001, PR 1301302057. It specifies a Distribution Statement D, authorizing distribution to U.S. Government Agencies and their contractors due to critical technology. All other requests must be referred to NUWCDIVNPT Code 1534. Additionally, the document mandates an 'EXPORT CONTROL WARNING NOTICE' for all CDRL items. This warning indicates that the technical data is export-restricted under the Arms Export Control Act and the Export Administration Act of 1979, with violations subject to severe criminal penalties. Dissemination must comply with DoD Directive 5230.25. The purpose of this document is to establish clear guidelines for the controlled distribution and export of sensitive technical data within government contracts.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops. The solicitation seeks a Firm Fixed Price (FFP) contract for the design, manufacture, and delivery of one custom tilter, as per a Government Statement of Work (SOW). Delivery is F.O.B. Destination, Newport, RI, with a required delivery date of April 1, 2026. Offerors must submit quotes, including shipping costs, by December 2, 2025, at 1400 EST. Access to drawings requires a valid Joint Certification Program (JCP) certification. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package. Offerors must be registered with SAM and confirm payment terms, including acceptance of Government Purchase Card. Various FAR and DFARS clauses apply, with questions due by November 25, 2025.
    This Statement of Work (SOW) outlines the requirement for a custom-designed material handling equipment, specifically a Tilter, to be procured by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), Code 153. This equipment will facilitate the repositioning of towed array stowage drums from vertical to horizontal and vice versa, crucial for the repair and restoration of Thinline Towed Array Handling Equipment (TLTAHE) used on OHIO CL, LOS ANGELES CL, VIRGINIA CL, and future COLUMBIA CL submarines. The contractor will be responsible for designing, manufacturing, and delivering a single Tilter capable of safely handling three different sized drums, with a minimum capacity of 8000 lbs, powered by a 3HP electric over hydraulic motor, and featuring a two-button handheld controller. Key design requirements include a square cutout on the bed for inner drum access, displayed center of gravity, forklift access points, removable padded steel V-blocks, tie-downs for security, and velocity fuses. Fabrication will commence upon government approval of the design. The contractor must provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. Security provisions, including adherence to NISPOM, safeguarding CUI, incident reporting, OPSEC implementation, and electronic spillage protocols, are also detailed.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued RFQ N66604-26-Q-0076, a 100% small business set-aside under NAICS Code 332710 for Machine Shops, to procure a custom tilter. This firm-fixed-price contract requires the design, manufacture, and delivery of a custom tilter, including Contract Data Requirements Lists (CDRLs), by April 1, 2026, to Newport, RI. Offerors must have a valid Joint Certification Program (JCP) certification to access drawings and must be registered with the System for Award Management (SAM). Quotes must include shipping costs in unit prices and remain valid for at least 60 days. Award will be based on the lowest-priced technically acceptable offer, requiring a draft Conceptual Drawing Package and adherence to CMMC Level 2 (Self) requirements. Past performance in SPRS will also be considered. Quotes are due by December 30, 2025, 1400 EST, with questions due by December 19, 2025, to elizabeth.a.peckham2.civ@us.navy.mil.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) requires a contractor to design, manufacture, and deliver a custom material handling equipment (Tilter) to reposition towed array stowage drums for repair operations. This equipment will support the OK-542 Thinline Towed Array Handling Equipment and OA-9070 Deployable Array Working Group used on OHIO, LOS ANGELES, VIRGINIA, and future COLUMBIA class submarines. The Tilter must safely handle three different sized drums, with a minimum capacity of 8000 lbs, using a 3HP, 230V/460V AC electric over hydraulic motor, and a two-button handheld controller. Key design features include a square cut-out for inner drum access, forklift access points, removable steel V-blocks with padding, tie-downs, and velocity fuses. The contractor must also provide a Technical Data Package (TDP) including drawings, parts lists, and schematics. All work is subject to strict security compliance, including adherence to NISPOM, safeguarding Controlled Unclassified Information (CUI), and implementing an Operations Security (OPSEC) program.
    The TAHEF-FORM-NO. 007 Rev C is a Vendor Information Request (VIR) form used to address technical questions or problems related to Towed Array Handling Equipment Facility work orders. It serves as a formal communication tool between vendors and the TAHEF facility. Vendors are responsible for completing specific sections detailing material nomenclature, part numbers, quantities, serial numbers, part status, problem descriptions, causes of nonconformance, recommended corrective actions, recommended dispositions, technical justifications, and potential delivery and cost impacts. The TAHEF facility then reviews and processes the request, with various departments like logistics, engineering, purchasing, and quality assurance providing input. The form requires multiple signatures for approvals from engineering, production, program managers, and the TAHEF manager, culminating in a final disposition (approve, conditionally approve, disapprove, or information only) and a formal response to the vendor. The document emphasizes the importance of accurate information, proper documentation, and adherence to established procedures for resolving technical issues efficiently.
    Lifecycle
    Title
    Type
    Custom Tilter
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    12--PERISCOPE SUBASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    DT-513 Series Hydrophones
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the production of DT-513 Series Hydrophones to support the Hull Sensor Systems (HSS) Program. The contract will involve the design, manufacture, testing, packaging, and delivery of up to six first article hydrophones and an estimated 3,731 production units, adhering to the Critical Item Performance Specification (CIPS) requirements. These hydrophones are crucial for underwater sound detection and navigation, playing a vital role in naval operations. Interested parties should note that the anticipated Request for Proposal (RFP) release is expected in February 2026, with an estimated award date in October 2026. For inquiries, contact Julianna Ricci at julianna.b.ricci.civ@us.navy.mil or Keri Gunn at Keri.l.gunn.civ@us.navy.mil.
    13--FIN ASSEMBLY,TORPED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    53--LEVER,BALLAST SYSTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 263 units of a lever ballast system, identified by NSN 1H-5340-010640249. This procurement is intended to be negotiated with a single source under FAR 6.302-1, as the government has determined it uneconomical to acquire the data or rights necessary for competitive procurement. The lever ballast system is critical for operational readiness and maintenance of naval equipment. Interested parties are encouraged to express their interest and capability to fulfill this requirement by contacting Joshua Eshleman at (717) 605-6055 or via email at joshua.j.eshleman.civ@us.navy.mil, with proposals due within 45 days of the notice publication.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the supply of specialized cable assemblies critical for the operation of advanced torpedo systems, which play a vital role in naval warfare capabilities. The solicitation has undergone several amendments, with the latest deadline for offer submission extended to December 22, 2025, and requires acknowledgment of receipt of amendments to ensure consideration of offers. Interested parties should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil for further details and to confirm their participation in this opportunity.